Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2014 FBO #4739
SOLICITATION NOTICE

84 -- STUDENT SUPPORT KIT

Notice Date
11/13/2014
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
SA-11B, Dunn Loring, VA 22027
 
ZIP Code
22027
 
Solicitation Number
FY15-GC-347
 
Response Due
11/28/2014
 
Archive Date
5/27/2015
 
Point of Contact
Name: Granger Cissel, Title: Supply Systems Manager, Phone: 5712269620, Fax:
 
E-Mail Address
cisselg@state.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is FY15-GC-347 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-77. The associated North American Industrial Classification System (NAICS) code for this procurement is 0 with a small business size standard of 0.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-11-28 13:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Sterling, VA 20166 The Department of State requires the following items, Brand Name or Equal, to the following: LI 001: Polymer clay, Orange 5lbs each, Yellow 5 lbs each, Green 5 lbs each, 30, EA; LI 002: Parachute cord, nylon, spool, 1000 ft, 550 Lbs. Test - 7 Strand Core by 2 ply nylon rope. 100% Nylon Material. Type III Paracord, 1000' roll, 4, RO; LI 003: Fishing, forged steel, needle eye, straight shank, knife edge, long point, size 9/0, 34, EA; LI 004: Fishing, forged steel, needle eye, straight shank, knife edge, long point, size 14/0, 34, EA; LI 005: Powder Measure with adjustable cylinder. Iron and steel construction, charges loading from 0.5 grains to 110 grains, Powder Measure combines measuring and dispenses it into cases, pours uniformly from the powder hopper into the measuring cylinder, through the drop tube and into the case., 10, EA; LI 006: Microfiber Cleaning Cloths - For Tablets, Lenses, and Other Delicate Surfaces, 6 x 7 inches,, 6, EA; LI 007: Enzyme-based cleaning products specifically formulated for today's advanced lenses, to protect high-end multi-coated lenses and other optical devices, 2.0 Oz. Pump Spray Bottle, 6, EA; LI 008: Tactical hearing protection, distortion-free amplification of low level sounds. Protects against harmful noise levels with its Noise Reduction Rating (NRR) of 20 decibels (dB). Folding headband design for easy portability, and interchangeable outer cup shells. 2 AAA batteries with a battery life of 500 hours., 54, EA; LI 009: Casting Material, Water/Powder Ratio 23 mL/100 g, Working Time 3 - 6 minutes, Setting Time 10 minutes, Setting Expansion 0.09%, Compressive Strength, Wet (1hr.) 6,000 psi (41 MPa), Compressive Strength, Dry (48 hrs.) 13,000 psi (90 MPa, 2, EA; LI 010: Backpack, The inside has a pouch to fit an optional hydration System. This feature allows the user to efficiently carry 2 liters of hot or cold liquid to drink on the move. Main compartment has two (2) internal securing straps and a pair of utility gear attachment straps. Features IVS cooling back panel, Silent zipper pulls, Weapon lock system lined, Body contour shoulder straps, External side compression straps, Made of 1000 denier NyTaneon nylon, Heavy-duty carry/drag handle, All stress seams are edge bound and double stitched, Padded torsion and lumbar stabilizer waist belt, Two internal gear securing straps in main compartment, Fully adjustable pack height and sway stabilizer, Two sets of securing straps (ground mat, sleeping bag, etc.), D-rings for equipment attachment on the S shoulder straps, All compartments of back pack have YKK zippers closed by dual sliders and silent pulls, Detachable, elasticized sternum strap with silent quick release buckle, Optional storage available with the and Assault Pack Accessory Pouch (603DAP) Wt: 3 lbs 3 oz. Dimensions: 8 x 12 x 23, 48, EA; LI 011: Plastic Food Wrap,Clear, polyvinylchloride (PVC),.5 mils or 12.5 ?m, roll, 100 square feet, 8, EA; LI 012: Attache' case, 17" x 12" x 3", 100, EA; LI 013: Ice Chest Small, 4 Quart - Plastic, reusable, with attached handle and removable or hinged lid, 11" x 9" x 7", 6, EA; LI 014: Ice Chest Large, 24 Quart - Plastic, reusable, with attached handle and removable or hinged lid, 13 x 18 x 14", 2, EA; LI 015: Basic EOD Badge Insignia, Metal, Pin On, Badge, insignia, Explosive Ordnance Disposal (EOD) Basic, 30, EA; LI 016: Chemical light stick, blue, visible out to 100 feet, 6" in length with loop at one en for affixing, 100, EA; LI 017: Chemical light stick, Red, visible out to 100 feet, 6" in length with loop at one en for affixing, 100, CA; LI 018: Skewer, Wood,.4" x.1" x 12" in length, disposable, 1000, EA; LI 019: Tooth Picks, Wood, 3" x 1/16", 600, EA; LI 020: Stopwatch, Large 5/8" high display for good visibility. Counts up to 24 hours with resolution of 1/100 second for the first 40 minutes and 1 second resolution thereafter. Has lap function. Also features an alarm clock and a calendar. Button cell battery included. Dim: 27/8" x 31/4" x 3/4". Weight: 2.4oz, 24, EA; LI 021: Cloths Pins (50 PK), 50 per package, 2, PG; LI 022: Eraser, synthetic rubber or vinyl, block, 1/2" x 3/8" x 1/2", 32, EA; LI 023: Suitcase Large, Soft back, with roller, approximately 30" H x 20" W x 10" D, nylon or other synthetic material, hinged zipper opening with exterior zipper pouch approximately 6" x 8", 6, EA; LI 024: Suitcase Small, Soft back, with roller, approximately 24" H x 20" W x 10" D, nylon or other synthetic material, hinged zipper opening with exterior zipper pouch approximately 6" x 8", 4, EA; LI 025: Wooden Dowels 2" x 36", 30, EA; LI 026: 6D 2" Hot Galv Finish Nail 5lb, 4, BX; LI 027: Flashlight, Maglite (combo), 3 D cell battery type, with holster, heavy metal construction, 15, PG; LI 028: Pro Tuff Bin Structural Foam,Pro Tuff Bin Structural Foam, Structural foam consists of thermoplastic resin and flake mica, portable half tray allows room for storage of larger items with V-groove with ruler on top of lid holds materials such as lumber and pipes in place for cutting, Black, approximately 36" x 20" x 18", 12, CN; LI 029: 6 Volt Alkaline Lantern Battery, 24, EA; LI 030: 9 Volt Alkaline, Package of 24, 18, PG; LI 031: Alkaline Size AA, 24 Pack, 12, PG; LI 032: Alkaline Size AAA, 4 Pack, 60, PG; LI 033: Hand Cleaner, Biodegradable surfactants, with pumice, lotion form, without petrolem base materials,, 12, EA; LI 034: Tape, duct, 2" x 180' silver roll, 9 mil, 60, EA; LI 035: Tape, vinyl, electrical, 1" x 30', 120, EA; LI 036: Tape Barrier, 3"x 1000', 4 mil, weather resistant, Polyethylene (Danger) Red, 40, EA; LI 037: 100 Count Performance Select Latex Gloves (1 Large, 1 Medium, 1 Small), 6, BX; LI 038: Measuring Tape, 5 meter x approximately 1" wide, metal, self retracting, with thumb slide for locking, carbon steel, riited hook with yellow background and black numbers, 44, EA; LI 039: Clamp, Adjustable Spring Clamp, 2", Max. Jaw Opening 2", Length 6 1/2", Tips, Plastic Handle, Glass Filled Nylon, 24, EA; LI 040: Clamp, Adjustable Spring Clamp, 4", Max. Jaw Opening 4", Length 81/2", Tips, Plastic Handle, Glass Filled Nylon, 24, EA; LI 041: Clamp, Adjustable Spring Clamp C, 8", Max. Jaw Opening 8", Length 10 1/2", Tips, Plastic Handle, Glass Filled Nylon, 24, EA; LI 042: Alkaline Size C, used with bomb suit APU (Package of 12), 14, PG; LI 043: Masons twine, nylon, twisted, orange, number 18 AWG, x 200' roll, 30, EA; LI 044: Line, 3/8" x 125" Solid Braid Nylon Rope, 500 foot spool, 12, EA; LI 045: Bungee Cords, 10 mm, heavy duty Multi-strand rubber core, with Steel U-Hooks, 6, PG; LI 046: Solder, 1/2 lb Roll Non-Acid Core, 0.062 In, 4, RO; LI 047: Trap, mouse, wood body with wire assembly and spring, 60, EA; LI 048: Compass/Divider, Plastic and zinc alloy, 6" arc, 20, EA; LI 049: Rope, 1/2' diameter, 300 feet in length, nylon, solid braid,, 10, RO; LI 050: Plunger, Toilet, wood handle, 18" length, 6" diameter, rubber cup, 6, EA; LI 051: Box, Cigar, carboard, hinged lid, 8" long x 5" wide x 2" deep, 100, EA; LI 052: Cardboard Box 6"x6"x6", 100, EA; LI 053: Cardboard Box 8"x8"x7", 100, EA; LI 054: Cardboard Box 12"x12"x12", 100, EA; LI 055: Box, Plastic,Tool, 13"x 5" x 5", 100, EA; LI 056: Can, metal, unlined, one gallon, with material matching removable lid, 100, EA; LI 057: Galvanized, steel, pipe, threaded, OD 2" x 12" with end cap, 60, EA; LI 058: Polyvinyl Chloride, pipe, threaded, OD 2" x 12" with end cap, 100, EA; LI 059: Six (6) Pocket Tool Pouch - Features include Leather construction Riveted, Belt Width of 2-1/2(64) Overall Size: 7" x 10"( 178 x 254) Pockets: 6 Specialty with stainless steel snap link. Add-Ons: knife snap Weight (lbs.):.87, 40, EA; LI 060: Canvas (20 ounce material), Dimensions: 12" long x 10" wide x 11" high, 10 pockets on outside, 15 inside pockets, zippered top with canvas handles (2 each), 40, EA; LI 061: Mirror, Mini, Double ball joint links swivel mirrors for 360 degree viewing, Brass tube with chrome plating, Non-rotating inner hex rods prevent mirrors from swinging cut of alignment, mirror swivels to almost any position, Mirror Diameter: 3.1/2" Extension Length:7"-20", 44, EA; LI 062: Demolition firing wire, AWG Number 14, copper, 500', 14, EA; LI 063: Rollup bag, canvas with strap and plastic clip. Canvas with up to 20 compartments approximately 1" x 4" and 6 compartments approximately 4" x 4". The entire rollup kit should be approximately 24" x 10" when rolled out., 36, EA; LI 064: Desktop Magnifying Glass with stand with two mounted aligator clips, 4, EA; LI 065: Cable ties, 11", long 50 pound tensil strength, bundle diameter 3", standard rating, 4, EA; LI 066: Lead wire reel, small, (dimension based upon 250' of 14 AWG copper wire), all metal construction, ball bearing axle with lifting handle and stand, 10, EA; LI 067: Lead wire reel, large, (dimension based upon 1000'of 14 AWG copper wire), all metal construction, ball bearing axle with lifting handle and stand, 10, EA; LI 068: Aluminum Day Box 24" x 18" x 18" Type 3, Red, constructed of 11 gauge aluminum. Lined with a minimum of 1/2" plywood, they meet all ATF specifications for fire, weather and theft resistance. The top door overlaps the sides by 1" to ensure weather resistance. The single lock door system has hinges that cannot be removed once the door is closed and locked., 8, EA; LI 069: Aluminum Day Box 24" x 18" x 12" Type 3, Red, constructed of 11 gauge aluminum. Lined with a minimum of 1/2" plywood, they meet all ATF specifications for fire, weather and theft resistance. The top door overlaps the sides by 1" to ensure weather resistance. The single lock door system has hinges that cannot be removed once the door is closed and locked., 8, EA; LI 070: Padlock, Shackle diameter: 7/16 ", Clearance: 2 ", lock to meet current ATFE Requirments. H Series, 700 Series, 5000 Series locks are high quality. Locks have hardened steel bodies and cover plates, 5 pin/blade tumble cylinders, double steel ball locking mechanisms., 8, EA; LI 071: Firing Wire, 20 gauge (AWG), stranded, copper, insulated, 1000'/spool, 2, SP; LI 072: Briefcase, (interior dimensions: 17" x 12" x 3" and exterior dimensions: 18" x 14" x 4"), aluminum, wood or composite, carry handle, metal hinge 90?, spring loaded latch, combinatiion lock, calculator pocket with flap, 3 file pockets and two small accessory pockets, 100, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, Department of State intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. Department of State is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. If this is a ?Brand Name Only? procurement, Seller certifies that it is an authorized distributer of the brand name product being sold to the Department of State and that it has the certification/specialization level required by the manufacturer, to support both the product sale and product pricing, in accordance with applicable manufacturer certification/specialization requirements. Unless otherwise specified, Seller warrants that the products are new and in their original box(es). This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to FAR 4.1102 and other applicable regulations and guidelines.Information can be found at www.sam.gov. Award may NOT be based solely on pricing factors alone. Consideration may be given to non-price related factors to include delivery, history, urgency of need, as well as price. Award of bids will be evaluated by price, technical capability, delivery and past performance. In addition to providing pricing at www.FedBid.com for this solicitation, each Offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) so that they are received no later than the closing date and time for this solicitation. Submissions can be sent to clientservices@fedbid.com. TO HAVE A BID CONSIDERED FOR AWARD FOR BRAND NAME OR EQUAL & MEET OR EXCEED BUYS, ALL VENDORS MUST PROVIDE MANUFACTURER, PART # AND EXTENDED SPECIFICATIONS OF THE EXACT MODEL BEING PROPOSED FOR ALL LINE ITEMS. NO EXCEPTIONS. FAILURE TO PROVIDE THIS INFORMATION WILL RESULT IN A 'NON RESPONSIVE' BID AND REMOVAL FROM AWARD CONSIDERATION. The Government intends to make award to the responsive offeror that provides the Best Value to the Government based on Technical Acceptability, Price, Delivery Timeframe and Past Performance. Award will be made to the offeror quoting fair and reasonable prices who meet ALL required technical specifications and who comply with ALL solicitation requirements. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Technical Compliance with Solicitation, Delivery and Warranty Information, Past Performance,and Price, Technical and past performance, when combined, are more important than price. The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 90 Calendar Days of receiving final delivery. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree New Equipment ONLY;NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Delivery must be made within 60 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 60 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. The Buyer will review the bids and make a selection on FedBid. Selected Seller means the Seller that submits the Selected Bid. Selected Bid means a Bid submitted by a Seller in response to an IFB, which Bid meets or exceeds the Buyer�s requirements and is accepted by the Buyer pursuant to the terms of the Bid. Participating sellers will note that there may be a 4 to 6 week delay from the time that the Selected Seller receives notification from FedBid to the time that the Selected Seller receives the award document from the Department of State. FedBid will invoice the Selected Seller after the Buyer has accepted a Seller�s bid. The FedBid invoice will include system-generated competition-specific information for identification and referencing purposes. The Selected Seller is responsible for remitting any FedBid fee once they have received payment from the Department of State. The official award document from the Department of State will contain information on how the Selected Seller invoices the Buyer. The official award document from the Department of State will provide the delivery timeline information and the award date on the document is when the official delivery time clock begins. Sellers cannot: combine order shipments, perform drop shipments. A requisition number or credit card number MUST be identified with the shipment and All shipments MUST include the Packing List. For the line items designated as [Brand Name or Equal], the Buyer is allowing Sellers to submit bids for alternate products as long as the bid specification 'Brand Name or Equal' the requested specification. Sellers MUST enter exactly what they are bidding (including make, model, and description) into the blank description field in order for the bid to be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/FY15-GC-347/listing.html)
 
Place of Performance
Address: Sterling, VA 20166
Zip Code: 20166
 
Record
SN03572098-W 20141115/141113234237-05a19562a285bde4355b56a4ba0bfa2a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.